Supply and Deliver Propane
ID: 140P8325Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR OLYM MABO(83000)PORT ANGELES, WA, 98362, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to supply and deliver propane to the Stehekin district of North Cascades National Park. The procurement involves an estimated annual delivery of 8,000 to 13,000 gallons of propane over a five-year period, from April 2025 to November 2029, with a total contract value not exceeding $150,000. This propane is essential for heating and cooking needs at various NPS facilities, particularly during winter months, and the contractor will be responsible for all logistics and compliance with federal and state regulations. Interested small businesses must submit their proposals by April 18, 2025, and can contact John Flatt at John_Flatt@nps.gov or 360-854-7221 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 6:04 PM UTC
The National Park Service (NPS) has issued a Request for Quotation (RFQ 140P8325Q0008) for bulk propane delivery to various facilities in Stehekin, Washington, over a five-year period (April 2025 to November 2029). The contract will provide an estimated yearly supply of 8,000 to 13,000 gallons of propane, with total costs not exceeding $150,000. The propane delivery is crucial for the heating and cooking needs of NPS buildings, particularly in winter. The contractor will be responsible for managing all logistics, including transportation and adhering to federal and state regulations on flammable gas. Deliveries will occur during regular business hours, with tanks monitored by NPS staff to schedule fills before they fall below 30%. Pricing can fluctuate according to market conditions, with specific rules regarding notification for price increases. The contract outlines detailed tank sizes and locations and mandates compliance with various safety and regulatory requirements. This procurement aims to secure a reliable propane supply, ensuring the continued operation of NPS facilities in a remote location.
Apr 14, 2025, 6:04 PM UTC
The document pertains to a Request for Quotes (RFQ) for providing propane supply and delivery services to the Stehekin district of North Cascades National Park. The contractor is required to submit pricing for bulk propane deliveries to various locations, including houses and facilities, as well as costs for filling portable tanks. The pricing schedule outlines a target price per gallon for both bulk and portable tanks, with estimates indicating a total annual delivery of 8,000 to 13,000 gallons. Bidders must provide quotes for the base year (April 25, 2025 – November 30, 2025) and four subsequent option years that extend through November 29, 2029, indicating any applicable delivery fees. The RFQ emphasizes that evaluation criteria will be based on the provisions detailed in the included evaluation section. Notably, respondents are required to include essential business information such as the DUNS number and CAGE code. This solicitation reflects the federal government's ongoing procurement process aimed at securing essential services through competitive bidding procedures.
Apr 14, 2025, 6:04 PM UTC
The RFQ 140P8325Q0008 is a solicitation for the supply and delivery of propane for North Cascades National Park. It requires offerors to provide a list of relevant experience through construction projects completed in the last five years, not exceeding ten projects. The documentation must include details such as project names, locations, values, and performance remarks. The government intends to evaluate the offeror's past performance to assess quality, timeliness, and business relations. Offerors must be transparent about any issues with previous projects and describe corrective actions taken, as failure to disclose such information may lead to negative evaluations. This document underscores the importance of proving competency and reliability in meeting federal regulations and customer satisfaction, crucial for securing contracts in government RFPs.
Apr 14, 2025, 6:04 PM UTC
The document outlines RFQ 140P8325Q0008, which invites bids for an indefinite delivery requirements contract for propane supply to North Cascades National Park. The contract spans a period from April 25, 2025, to November 30, 2025, with four optional extension years, and anticipates deliveries ranging from 8,000 to 13,000 gallons annually, totaling under $150,000. Bidders must register as small businesses in the System for Award Management (SAM) and submit proposals by April 18, 2025. Proposals must detail pricing, technical capabilities, and past performance, supported by references. Evaluation criteria include price, technical merit, and past performance. The document emphasizes compliance with federal regulations and clauses that govern contract execution and invoicing through the U.S. Department of Treasury's Invoice Processing Platform. Overall, this RFQ illustrates the government's structured approach to procuring services while fostering small business participation in federal contracts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
NAVSUP FLC PUGET SOUND PROPANE DELIVERY & TANK RENTAL
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm-fixed-price contract for propane delivery and tank rental services, specifically supporting the Naval Air Station Whidbey Island. This procurement is a 100% small business set-aside, requiring contractors to provide on-demand propane delivery and rental of a 500-gallon propane tank, with a base year and options for up to three additional years. The services are critical for operational logistics, particularly for forklift operations at the facility, ensuring compliance with federal regulations and supporting small business participation. Interested contractors must submit their proposals by April 25, 2025, at 12:00 PDT, and can direct inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans.civ@us.navy.mil.
Propane BPA FY25
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the bulk delivery of propane to the Propane Air Mixing Plant (PAMP) at Minot Air Force Base, North Dakota, for fiscal year 2025. Vendors must respond to delivery requests within 12 hours and complete deliveries within 24 hours after order confirmation, ensuring compliance with safety and federal regulations throughout the process. This procurement is set aside for small businesses under NAICS code 324110, with proposals due by April 28, 2025, at 12:00 PM CDT, and interested parties should contact Stiffler Engalla or Scott Stauffer for further details and submission protocols.
STEA-BULK COAL DELIVERY
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide bulk coal delivery for the operational needs of the Steamtown National Historic Site in Scranton, PA. The procurement aims to secure bituminous coal necessary for maintaining steam locomotive operations, which are vital for historical demonstrations and educational programs at the site. This contract, set to commence on May 1, 2025, and extend until April 30, 2026, emphasizes the importance of quality control, timely delivery, and adherence to federal regulations, including the Buy American Act. Interested contractors must submit their quotes by April 25, 2025, and can contact Derek Barber-Richards at derekbarber-richards@contractor.nps.gov for further information.
SITK - REPLACE VISITOR CENTER FUEL TANK
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a heating fuel above-ground storage tank at the Sitka National Historical Park Visitor Center. The project involves the safe removal of an existing 2,000-gallon tank and its replacement with a new 1,350-gallon tank, ensuring compliance with safety regulations and minimal impact on the historic environment. This initiative underscores the federal government's commitment to sustainability and resource preservation while enhancing park facilities. Interested small businesses must submit their quotes by April 28, 2025, and can contact Francisco Velasco at franciscovelasco@nps.gov or 907-644-3313 for further information.
Z--REPLACE CHILLER AT AM1201 FMO
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace the failing chiller system at the Fire Management Office in Sequoia National Park, California. The project entails the demolition, removal, and replacement of the existing 40-ton air-cooled chiller, including the re-charge of the chilled water loop solution and staff training on the new system. This procurement is crucial for maintaining efficient climate control in the facility, ensuring operational effectiveness in fire management activities. The contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with proposals due by May 21, 2025. Interested parties should contact Brian Roppolo at brianroppolo@nps.gov or 206-220-4215 for further information.
45--Supply, Deliver and Install Mini HVAC Unit, Whiske
Buyer not available
The National Park Service (NPS) is seeking qualified small businesses to supply, deliver, and install a mini HVAC unit at the Whiskeytown National Recreation Area in Shasta County, California. The project involves replacing an inoperable swamp cooler at the Oak Bottom Beach Store, requiring the contractor to manage the removal of the old unit, installation of a new mini-split condenser, and training for concession staff, all within a completion deadline of 21 days post-contract award. This procurement is crucial for maintaining climate control and operational efficiency in the park's facilities, ensuring compliance with environmental and safety regulations. Quotations are due by April 30, 2025, with the performance period ending on May 23, 2025. Interested parties can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018 for further information.
54--Replace/Refinish Fuel Tanks at Harper's Ferry NHP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide labor, materials, and supervision for the replacement and refurbishment of fuel tanks at Harper's Ferry National Historical Park in West Virginia. The project involves the removal of a non-compliant 2,000-gallon diesel above-ground storage tank and the refurbishment of a 4,000-gallon unleaded gasoline tank, ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the park's operational integrity and historical preservation, with a firm-fixed-price contract to be awarded based on the lowest price that meets technical requirements. Interested contractors must submit their quotes by May 8, 2025, following a site visit scheduled for April 17, 2025, and can direct inquiries to Brian Thornton at brianthornton@nps.gov or by phone at 240-220-8104.
N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
87--CA Certified Weed Free Alfalfa Hay for SEKI NP
Buyer not available
The National Park Service (NPS) is seeking a qualified vendor to supply and deliver 200 tons of California Certified Weed-Free Alfalfa Hay to Sequoia and Kings Canyon National Parks, specifically for use at the Ash Mountain Corral. This procurement is essential for supporting park operations, including trail maintenance and law enforcement, while preventing the spread of invasive plant species. Deliveries are scheduled to occur between June 1, 2025, and November 30, 2025, with a minimum of 50 tons required per shipment, and all hay must meet California's weed-free certification standards. Interested contractors must submit their proposals by April 29, 2025, and can contact Charlene Flanagan at CharleneFlanagan@nps.gov or 209-379-1465 for further details.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.